3rd Amended Solicitation
ID: FA890325B0002Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8903 772 ESS PKJBSA LACKLAND, TX, 78236-9861, USA

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

REPAIR OR ALTERATION OF AIRPORT RUNWAYS AND TAXIWAYS (Z2BD)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the repair of the 400 Aircraft Parking Ramp at Travis Air Force Base, California, under a Design-Bid-Build contract. The project entails the demolition and replacement of approximately 29,000 square yards of concrete pavements and associated drainage utilities, with an optional extension for an additional 31,000 square yards in Phase 8. This repair is crucial for maintaining operational safety and efficiency at the airbase, ensuring that the facilities can support C-17 load capacity and comply with federal regulations. Interested small businesses must submit their bids by September 2, 2025, at 2:00 PM CDT, and can direct inquiries to David Foote at david.foote.2@us.af.mil or Monica Gallegos at monica.gallegos@us.af.mil.

    Files
    Title
    Posted
    The Air Force Installation Contracting Center is seeking qualifications from small businesses to undertake the Design-Bid-Build project for repairing the 400 Aircraft Parking Ramp at Travis AFB, California, covering Phases 5 and 8. The project involves the demolition and replacement of approximately 60,000 square yards of concrete pavements and associated drainage utilities. The Air Force aims to assess if a sufficient number of capable small business concerns exist for project set-aside under socio-economic categories such as HUBZone, 8(a), WOSB, or SDVOSB. Interested parties should demonstrate experience in airfield pavement projects, especially those meeting Department of Defense specifications. The awarded contract will likely be a single Firm Fixed Price and requires the prime contractor to perform a minimum of 15% of the work independently. Interested businesses must submit qualifications, including relevant past project examples and key personnel experience, by February 19, 2025. The estimated construction cost is between $25 million and $100 million, with a projected completion period of 540 days. Registration with the System for Award Management is required before contract awards. This initiative reflects the Government's commitment to involving small businesses in substantial federal construction projects while ensuring compliance with requisite guidelines.
    This government file addresses various questions and clarifications regarding an Air Force Design-Bid-Build project, likely an Invitation for Bids (IFB) for the 400 Aircraft Parking Ramp Phase 5 & 8. Key points include: the responsibility questionnaire cannot be waived; the project is Design-Bid-Build, meaning design is complete; the solicitation and bid opening dates are subject to a two-week delay from the initial July/August 2025 targets. The total period of performance is 420 calendar days (510 with Option 1), with 180 days of airfield downtime (270 with Option 1). Phase 4 is expected to be completed in March 2025. Phases 5 and 8 can be constructed concurrently if Option 1 is awarded. The contractor is responsible for permits, clearing the laydown area, and disposing of dirt. A biologist is generally not required unless alternative haul routes on unpaved surfaces are used. Gate guards and escorts are not required, as the area will be a temporary non-restricted zone. The contractor must comply with all submittal requirements for concrete mix design, and existing batch plants will not be available; only the provided staging area is guaranteed for use.
    This government file addresses questions and comments regarding the Air Force's 400 Aircraft Parking Ramp project, specifically Phases 5 and 8, which is a Design-Bid-Build project. Key points clarified include: the responsibility questionnaire cannot be waived; the project involves a pre-designed component, making it a Bid-Build for the contractor; the solicitation and bid opening dates are subject to a two-week slip from July 23, 2025, and August 2, 2025, respectively. Phase 5 is now the Base Bid, and Phase 8 is Option 1, with a total performance period of 420 calendar days (510 if Option 1 is awarded). Phase 4 is projected to complete in March 2025, and Phase 5/8 construction will occur in three phases after contract award, with Phase 3 (fieldwork) having a 180-day airfield downtime limitation. Contractors are responsible for coordinating material deliveries, and gate guards are not required. A biologist is generally not needed if construction remains on pre-paved surfaces. The proposed laydown area on Ellis Drive is available, but the contractor is responsible for site clearing and obtaining permits. Phases 5 and 8 can be performed concurrently if Option 1 is awarded. The staging area shown in the plans is the only guaranteed batch plant location, and alternate sites require government approval. The government will not reduce the minimum project value for full-depth PCC reconstruction experience or alter the QCM qualification requirements.
    The document outlines responses to queries regarding a design-bid-build project for the construction of phases 5 and 8 of the 400 Aircraft Parking Ramp at Travis AFB. Key points include the requirement for contractors to provide experience documentation, clarification that the construction phase can only commence after approval of necessary permits, and stipulations concerning environmental measures, such as the need for a biologist only if work involves non-paved areas. The anticipated timeline indicates that Phase 4 will conclude in March 2025, with Phase 5 projected to be initiated shortly after, following the formal solicitation expected around late July 2025. The document specifies that the contractor cannot utilize existing plant sites during this phase as it may conflict with ongoing operations. Additional stipulations detail accessibility through designated laydown areas and potential adjustments regarding batch plant locations post-award. Overall, the document provides critical guidance to ensure compliance and competitive bidding while addressing logistical and operational considerations for the construction phases.
    The document details the "REPAIR 400 RAMP" project at Travis Air Force Base, California, a federal government RFP. The project, submitted on October 15, 2013, involves comprehensive repairs to the 400 RAMP, encompassing 11 distinct construction phases. The file includes a detailed index of 190 sheets covering general contract requirements, site plans, pavement core locations, boring logs, erosion and sediment control plans, overall and phase-specific demolition, geometry, jointing, marking, and drainage plans. It also provides extensive details on pavement sections, traffic maintenance, erosion control, demolition, grounding points, paving and joint specifics, pavement markings, and various storm drainage and utility details. Key general notes emphasize contractor responsibilities, including obtaining permits, implementing erosion control, coordinating operations, maintaining clean surfaces, managing foreign object debris (FOD), protecting existing utilities, and complying with all federal, state, and local regulations. The project requires careful planning for contractor access, hauling routes, and staging areas, with strict protocols for airfield safety and utility management. The contractor is responsible for verifying existing conditions and ensuring utility capacity. The project is designed for Air Force medium load traffic and necessitates coordination with airfield management for closures and adherence to a maximum 180-day construction period per phase.
    The TRAV-12-S-3665 specification outlines the repair of the 400 Ramp at Travis AFB, California, under contract FA8903-16-D-0012, Task Order FA8903-18-F-0074. The project involves demolishing and replacing PCC pavement and airfield markings to support C-17 load capacity. It details extensive general conditions, including work performance, site surveys, demolition, excavation permits, utility outages, fire prevention, and environmental compliance. Key aspects cover lead-based paint and asbestos-containing material removal, handling, and disposal, emphasizing strict adherence to federal, state, and local regulations. The project is phased, with an initial 100-day period for submittals and approvals, followed by the construction phase. Contractor responsibilities include stringent safety protocols, environmental management, hazardous material handling, waste recycling, and coordination with various base departments for permits and compliance.
    Travis Air Force Base (AFB) is initiating Phase 2 of the 400 Aircraft Parking Ramp Re-pavement project, seeking U.S. Fish and Wildlife Service (USFWS) concurrence that the action is not likely to adversely affect threatened or endangered species. This phase involves removing and replacing concrete and asphalt, upgrading drainage utilities, and installing new pavement over approximately 6.82 acres. The project is necessary due to deterioration causing foreign object damage hazards and is projected to take seven months, starting in winter 2018. The base has previously consulted on Phase 1 of this project. Several endangered species, including the California tiger salamander, vernal pool fairy shrimp, and Contra Costa goldfields, were considered, though most are not found within the immediate action area or within 250 feet. The project is not within designated critical habitat. Comprehensive conservation measures will be implemented to protect the California tiger salamander, including pre-construction surveys, biologist monitoring, environmental awareness training, strict work hour limitations, exclusionary barriers, and spill prevention. These measures aim to prevent impacts to sensitive habitats and species, ensuring compliance with the Endangered Species Act.
    Wood Environment & Infrastructure Solutions, Inc. prepared a geotechnical investigation report for the proposed repair of Taxiway November at Travis AFB in Fairfield, California. The project involves demolishing existing pavement and replacing it with new PCC pavement and subsurface drainage. The investigation included drilling four shallow borings, dynamic cone penetration (DCP) testing, and laboratory analysis of soil samples to characterize subsurface conditions, which consist of silty to clayey sand fill over native lean to fat clay. The report evaluates primary geotechnical concerns, including soil variation and high plasticity clays, and provides CBR and subgrade modulus values. Corrosion testing indicated the soils are non-corrosive. The report recommends cement treatment for subgrade stabilization to facilitate construction, with the final decision on treatment type and depth left to the contractor.
    The document, an errata for drawings related to the "Repair 400 Ramp Phase 5" project at Travis AFB, CA, outlines crucial revisions and additions to the project's technical specifications. Key changes include replacing several existing drawings (CT100, CT501-CT504) with updated versions and revising drawings GP105 and GP108 to relocate straw wattles. The errata also significantly updates the 'Notes Section' for drawings GP105 and GP108, detailing requirements for new and existing pavement markings, barricade and flag placement, obliteration of temporary markings, aircraft safety clearances, traffic control, and submittal approvals. Furthermore, it introduces new notes regarding straw wattles for species conservation, the establishment and management of an Entry Control Point (ECP) manned by base personnel, and detailed specifications for marking haul routes on active airfield taxiways. These revisions ensure clarity, safety, and compliance with project requirements for the repair of the 400 Ramp.
    The document, likely part of an RFP for federal or state/local government, details pavement marking specifications for an aviation facility, specifically focusing on the "Repair 400 RAMP" project at Travis AFB – Fairfield, CA. It provides comprehensive plans and details for various airfield markings, including taxiway and taxilane markings, parking spot identifiers, taxi training markings for different aircraft (KC-46, C-17, C-5), restricted area warnings, grounding point markings, and fuel pit markings. Key elements include specific dimensions, colors (yellow reflective, black, white, red), and borders for all markings, with a general tolerance of -0" to +1/2" for paint dimensions. The document emphasizes pavement preparation, curing times, and the obliteration of unused markings. It also outlines requirements for black borders on concrete pavement and references additional detail drawings (CT501-CT505). This project aims to update and repair airfield pavement markings to ensure operational safety and compliance.
    The Travis AFB "Repair 400 Ramp Phase 5" project involves three phases to repair the 400 Aircraft Parking Ramp. Phase 01 (pre-construction, submittals, material testing, permits) and Phase 02 (fieldwork, mobilization, staging, investigation, material production) will span approximately 210 days without disrupting airfield operations. Phase 03, the demolition and new construction of the ramp, has a 180-day airfield downtime limitation, extendable by 90 days if Option 1 is awarded. The project requires adherence to updated FAA ACs for airport design, obstruction marking, and vehicle marking. Contractors must submit a Construction Operations Plan, Site Plan, Traffic Control Plan, and Heavy Equipment/Vehicle List within 30 days of award for Temporary Airfield Construction Waiver and FAA Form 7460 processing. All vehicles and equipment operating in the Airfield Operations Area (AOA) must be marked with specific lighting and flags, conforming to FAA guidelines for both daytime and nighttime operations. Work schedules must accommodate aircraft operations, with provisions for ceasing work during emergencies or intense operational demands.
    The document details the project specifications for the "Repair 400 Ramp" at Travis Air Force Base, California, addressing essential construction guidelines and requirements. It outlines the scope of work, including erosion control, environmental considerations, site access, and contractor responsibilities. The project necessitates various phases of construction, detailed in a structured manner to ensure compliance with Air Force standards, coordination with other contractors, and safety protocols on the airfield. Key points include the need for temporary drainage, utility connections, and adherence to local regulations regarding construction disturbances. The contractor must manage debris, protect existing utilities, and obtain all necessary permits for completion. A comprehensive erosion and sediment control plan is mandated, reflecting the regulations that govern construction activities in sensitive areas. Further, the document specifies strict noise and environmental controls. This RFP serves to inform potential contractors of the requirements for a project critical to providing a functional and improved infrastructure at a military base while ensuring public safety and environmental protection. Adherence to these guidelines is crucial for achieving project goals within the designated timeline and budget.
    The document outlines the specifications for the TRAV-12-S-3665 project, aimed at repairing the 400 Ramp at Travis AFB, California, under Contract FA8903-16-D-0012. The project includes demolishing and replacing Portland Cement Concrete (PCC) pavement and restoring airfield markings, ensuring compliance with various safety and environmental regulations. The work is structured into two phases; the first involves obtaining necessary approvals and pre-construction activities, while the second focuses on the actual construction work. Contractors are required to coordinate excavation permits, adhere to strict safety guidelines, and manage hazardous materials responsibly, including lead-based paint and asbestos during demolition. Key responsibilities also include obtaining permits for disruptive activities, maintaining existing utilities, and ensuring environmental protection measures are in place. The contractor must engage in workshop training for concrete paving, ensuring staff are adequately prepared for project execution. Compliance with safety protocols, traffic control regulations, and environmental impact assessments is mandatory, reflecting the project's alignment with federal standards and local governance policies. Overall, this document emphasizes the project's meticulous planning, regulatory adherence, and commitment to safety and quality in construction practices.
    The initiation package outlines Travis Air Force Base's (AFB) request for USFWS concurrence regarding the 400 Aircraft Parking Ramp Re-pavement Phase 2 project. The project aims to replace deteriorated pavement, which poses a Foreign Object Damage hazard to aircraft, and includes consideration for endangered species such as the California tiger salamander. The evaluation concludes that the project may affect, but is not likely to adversely affect, these species given the proposed conservation measures. Construction is scheduled to commence in winter 2018 and last approximately seven months, primarily taking place on already paved surfaces to minimize habitat disturbance. Specific steps will be taken to monitor and protect sensitive species through pre-construction surveys, qualified biologist oversight, and operational restrictions during wet conditions. These efforts are crucial to comply with regulations under the Endangered Species Act, ensuring environmental protection while carrying out necessary infrastructure repairs at Travis AFB. The document serves as a formal communication indicating Travis AFB's commitment to responsible management of its environmental obligations as part of the project planning process.
    The Geotechnical Investigation Report for Taxiway November at Travis Air Force Base outlines the findings of a comprehensive analysis conducted by Wood Environment & Infrastructure Solutions. The aim was to support the repair and reconstruction of the deteriorated pavement, approximately 600 feet long and 80 feet wide, adjacent to the 400 ramp. The investigation included drilling four shallow borings to assess subsurface soil conditions, conducting Dynamic Cone Penetration (DCP) tests, and laboratory evaluations to evaluate soil properties. Key findings indicate that the site consists of a mix of silty sand fill and native high-plasticity clays, with a total pavement thickness ranging from 16 to 26 inches. Laboratory tests revealed moisture content, Atterberg limits, and California Bearing Ratio (CBR) values, emphasizing stability concerns due to soil variability and high plasticity clays. The report offers recommendations regarding subgrade stabilization, suggesting cement treatment for construction feasibility while determining that onsite soils are non-corrosive. Overall, this report serves as vital documentation for decision-making and compliance in future project developments, reflecting adherence to established geotechnical engineering standards and contributing essential insights for the repair of critical airfield infrastructure.
    The document outlines errata for the repair plans of the 400 Ramp at Travis AFB, CA, for Phase 5, dated 10 July 2025. Key updates include the replacement of specific drawings with newer versions, alterations to the placement of straw waddles for environmental conservation, and detailed instructions regarding the transition between new and existing pavement markings. Important notes emphasize maintaining a separation between construction activities and aircraft operations, obliteration of unnecessary markings, and ensuring safety through established entry control points. Additionally, the contractor must follow strict guidelines for marking the haul route across active airfields and coordinate with base personnel to adapt as needed. This document serves as a critical amendment to the contract specifications, ensuring compliance and operational safety during construction, reflecting the procedural rigor required in government project management and adherence to RFP standards.
    The document details a project at Travis Air Force Base, focusing on revisions to pavement markings and signage for aircraft operations on the repaired 400 Ramp. It includes a comprehensive outline of proposed modifications, including specifications for various taxiway and taxilane markings, safety signage, and paint updates scheduled for December 20, 2024. Key instructions are provided regarding paint dimensions, color specifications, and installation details crucial for ensuring compliance with aviation operations and safety protocols. Specific notes detail existing conditions, construction practices like pavement curing, and maintenance of ground markings. The project’s goal aligns with enhancing functional efficiency in aircraft maneuvering areas while maintaining safety and adherence to military standards. Overall, the document reflects meticulous planning to optimize airport operations, emphasizing the importance of clear and accurate markings for operational safety.
    The document outlines the specifications for the Repair 400 Ramp project at Travis AFB, California, scheduled for January 2025. The project is divided into three phases: Phase 01 involves pre-construction submittals, material testing, and securing permits; Phase 02 focuses on mobilization and fieldwork; and Phase 03 entails the ramp's demolition and reconstruction with a strict 180-day airfield downtime limit. Key updates include references to updated FAA guidelines and the definition of vehicles and construction equipment. Additionally, safety protocols for aircraft operational schedules and nighttime marking requirements are emphasized to ensure safe contractor operations within the airfield area. The document specifies the necessary construction plans and traffic control measures to be submitted to the contracting officer, reinforcing compliance with FAA regulations. This document serves as a critical framework for contractors to follow, ensuring adherence to safety and operational standards at Travis AFB.
    This government solicitation (FA890325B0002) is a Request for Proposal (RFP) for a Design-Bid-Build project to repair the 400 Aircraft Parking Ramp—Phase 5 at Travis AFB, California. The project involves demolishing and replacing approximately 29,000 square yards of concrete pavements and associated drainage utilities, with an option for an additional 31,000 square yards for Phase 8. The contractor must establish an on-site batch plant capable of producing 250 cubic yards of concrete per hour. The project is a 100% small business set-aside with a NAICS code of 237310 and a size standard of $45,000,000.00 annual receipts. The performance period is 510 calendar days from notice to proceed for the base bid, with a potential 90-day extension if Option 1 is awarded. Liquidated damages for delays are set at $3,411.00 per calendar day. The solicitation incorporates various FAR and DFARS clauses, including requirements for electronic invoicing via Wide Area WorkFlow (WAWF) and adherence to the Buy American—Construction Materials under Trade Agreements clause.
    This federal Request for Proposal (RFP) FA890325B00020002, issued by FA8903 772 ESS PK, outlines a Design-Bid-Build project for the 'Repair 400 Aircraft Parking Ramp - Phases 5, Travis AFB, CA.' The project involves the demolition and replacement of approximately 29,000 square yards of concrete pavements and associated drainage utilities. An optional Line Item (0002) includes an additional 31,000 square yards of concrete pavement for Phase 8. The contractor must establish an on-site staging area with a concrete batch plant. Key dates include an issue date of July 25, 2025, and offers due by September 2, 2025, at 02:00 PM local time. The performance period is 510 calendar days for the base bid, extending to 600 days if Option 1 is awarded. Liquidated damages for delay are set at $3,411.00 per calendar day. The RFP is a 100% Total Small Business Set-Aside with a NAICS code of 237310 and a size standard of $45,000,000.00 annual receipts. It incorporates various FAR and DFARS clauses, including limitations on subcontracting for general construction (up to 85% to non-similarly situated entities, excluding materials) and mandates electronic payment submissions via Wide Area WorkFlow (WAWF).
    This document is an amendment to a federal Invitation for Bid (IFB) identified as FA890325B0002. The primary purpose of this amendment is to extend the solicitation closing date from August 25, 2025, to September 2, 2025, at 11:00 AM CST. It also provides instructions for bid submission via the PIEE website, emphasizes the bidder's responsibility to monitor the website for updates, and outlines details for the public bid opening, which will commence at 11:30 AM CST following the bid submission deadline. Additionally, the amendment incorporates a revised Wage Determination in Section J of the solicitation. This modification ensures that all terms and conditions of the original solicitation remain in effect, except for these specified changes.
    The document outlines a federal solicitation for a Design-Bid-Build construction project focused on repairing the 400 Aircraft Parking Ramp at Travis Air Force Base, California, covering approximately 29,000 square yards of concrete pavements and associated drainage utilities. The contractor is required to provide comprehensive construction services, including establishing an on-site staging area with a concrete batch plant. Key project details include performance timelines, bonding requirements, and specific solicitation mandates such as sealed bids and an acknowledgment of amendments. The project emphasizes compliance with relevant federal regulations, with a mandatory small business set aside to promote equitable opportunities in federal contracting. This solicitation reflects the government's commitment to infrastructure improvement while supporting local and small businesses through structured procurement processes. The document encapsulates critical administrative details necessary for potential bidders and underlines the importance of adhering to labor and safety standards during construction.
    The Air Force Installation Contracting Center is seeking qualifications from small businesses for a Design-Bid-Build project aimed at repairing the Aircraft Parking Ramp at Travis AFB, CA, specifically Phases 5 and 8. With project numbers XDAT06100105 and XDAT06100108, the initiative is a total small business set-aside, focusing on firms with experience in full-depth airfield pavement repair and replacement in Department of Defense installations. The project involves demolishing and replacing approximately 60,000 square yards of concrete pavement and associated drainage utilities, with an estimated completion period of 540 days. Bidders must provide substantial evidence of their capabilities and past performances related to similar projects. The contract aims for a fixed-price approach and may involve a Project Labor Agreement. Interested firms must respond by February 19, 2025, including details about their organizational structure, previous relevant projects, and any conditions regarding a PLA. The document emphasizes the necessity for contractors to register in SAM and meet specific bonding and performance standards.
    The document outlines the requirements for firms interested in responding to a federal Request for Proposals (RFP) under NAICS code 237310, which pertains to construction and engineering services. It requests essential firm information, including the business name, CAGE and UEI codes, address, and contact details. It categorizes firms based on size and ownership status, requiring classifications such as Small Business, Foreign Owned, and the various Small Business Administration (SBA) socioeconomic certifications. Firms need to define their business status regarding small business designations and select applicable certifications for eligibility. The document indicates an emphasis on promoting small businesses in federal contracting opportunities, thus aiming to foster diversity and inclusivity in procurement practices. Overall, it serves as a preliminary questionnaire for firms assessing their capability and eligibility to engage in federal projects while adhering to specific classification guidelines.
    The document outlines requirements for firms responding to a federal solicitation, primarily focused on small business classifications and certifications. It prompts firms to provide essential identifying information, such as their name, CAGE Code, UEI, and contact details. Interested firms must indicate if they qualify as a small business or have any specific SBA socioeconomic certifications relevant to NAICS 541330, which has a size standard of $22.5 million. Furthermore, firms can specify their ownership status, whether it be Foreign Owned or other designations. This template serves as a tool for the federal government to gather pertinent information on potential contractors, particularly emphasizing inclusivity of various small business categories and their respective certifications. By collecting this data, the government aims to ensure compliance with regulations that promote fair competition and support small businesses in government contracting opportunities.
    This document summarizes a government contract solicitation for the Repair of the 400 Aircraft Parking Ramp, Phases 5 and 8, at TRAVIS AFB, CA. The project, identified by Project No. XDAT06100105 & XDAT06100108, includes two main items: Base Bid Item 1 for Phase V and Option Item #1 for Phase VIII. The estimated completion time for the base bid is 420 days from the award date, extending to 510 days if Option 1 is included. This contract outline provides key details for potential bidders, including project scope, location, and timelines, typical for federal government RFPs.
    The project titled "Repair 400 Aircraft Parking Ramp Phases 5 & 8" at Travis AFB, CA, encompasses two primary contract line item numbers (CLINs), focusing on the repair of aircraft parking ramps in phases. The base bid consists of two main items: Base Bid Item 1 for Phase V and Option Item #1 for Phase VIII. The anticipated project timeline is specified as 420 days from the award date for the base bid alone, extending to 510 days when including the option item. While the specifics regarding pricing remain unspecified in the document, the structure indicates a clear separation between base and option work. This project reflects ongoing federal investment in military infrastructure, aiming to enhance operational capabilities and maintain critical facilities at air force bases. The document serves as part of federal contracting efforts to solicit bids from contractors, thereby ensuring a competitive process for public works essential for national defense readiness.
    This Statement of Work (SOW) outlines requirements for the Design-Bid-Build (DBB) construction project to repair Phase 5 of the 400 Aircraft Parking Ramp at Travis AFB, CA. The project involves demolishing and replacing concrete pavements and drainage utilities, with an optional Phase 8 extension. Work is divided into three phases: pre-construction submittals/permits (Phase 1), mobilization/staging (Phase 2), and demolition/new construction (Phase 3), with strict timelines and coordination requirements, especially regarding airfield operations. The contractor must adhere to federal, state, and local regulations, provide detailed schedules and reports, attend meetings, and manage all site activities, including hazardous materials. Key deliverables include an Integrated Master Schedule (IMS), Contractor's Progress, Status, and Management Report (CPSMR), Construction Operations Plan, Health and Safety Plan (HSP), and Contractor Quality Control (CQC) Plan. The SOW emphasizes strict quality control, safety, environmental protection, and detailed as-built documentation upon project completion.
    The document outlines the Statement of Work (SOW) for Design-Bid-Build construction services for repairing the 400 Aircraft Parking Ramp at Travis Air Force Base, CA. It specifies requirements for demolition and replacement of pavement and drainage utilities, emphasizing compliance with federal, state, and local regulations. The project will occur in three phases, including planning, mobilization, and execution, with a focus on minimizing impact on airfield operations. The Contractor is responsible for obtaining necessary permits, coordinating with government entities, and ensuring adherence to safety and environmental regulations, including hazardous waste management. Communication protocols, progress reporting, and quality control are emphasized, requiring regular updates and documentation of construction activities. The SOW includes detailed management and reporting requirements, such as schedules for project phases and status reports, to secure effective oversight. A final inspection and delivery of as-built documentation are mandatory upon project completion. Overall, this document serves to guide the contractor in ensuring successful project completion while maintaining safety and regulatory standards in accordance with government practices.
    General Decision Number: CA20250007 07/18/2025 outlines prevailing wage rates for various construction trades in specific California counties. It covers building, heavy (heavy and dredging), and highway construction projects, excluding Amador County for building projects, hopper dredge work for dredging, and water well drilling for heavy construction. The document details minimum wage rates under Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour), applicable to federal contracts entered into after specific dates. It lists numerous classifications, including Asbestos Workers/Insulators, Asbestos Removal Workers, Boilermakers, Bricklayers, Tile Layers, Divers, Piledrivers, Drywall Installers, Carpenters, Electricians, Elevator Mechanics, Operating Engineers (Dredging, Landscape, Power Equipment, Cranes, Piledriving, Steel Erection, Tunnel and Underground Work), Ironworkers, and Laborers (Asbestos/Mold/Lead, Traffic Control, Mason Tender, Tunnel and Shaft, and Construction Craft). Each classification includes specific wage and fringe benefit rates, with some variations based on defined geographic areas within California and specialized work conditions (e.g., depth pay for divers, specialty pay for bricklayers). The document emphasizes that contractors must request conformance for any necessary classification not listed.
    Similar Opportunities
    FY26 Airfield Striping & Rubber Removal
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY26 Airfield Striping & Rubber Removal project at Dover Air Force Base in Delaware. This procurement is a 100% Small Business set-aside, requiring contractors to provide all necessary labor, materials, equipment, and tools for the project, which has a magnitude between $250,000 and $500,000. The contract will be a Firm Fixed Price (FFP) type, with a performance period of 365 calendar days from the notice to proceed, and proposals are due by 1:00 PM EST on January 9, 2026. Interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil, and proposals must remain valid through March 31, 2026.
    Maxwell AFB - Airfield Repairs - Amendment 0001
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for airfield repairs at Maxwell Air Force Base (AFB) in Montgomery, Alabama. The project, designated as "Maxwell AFB Airfield Improvements," includes tasks such as pavement pressure washing, markings replacement, sinkhole repair, and concrete pavement repair, with a completion timeline of 120 calendar days. This procurement is set aside exclusively for small businesses, with a total small business size standard of $45 million in annual receipts, and proposals are due by 1:00 PM local time on December 10, 2025. Interested contractors should direct inquiries to SrA Trevor Wilson at trevor.wilson.8@us.af.mil, and note that a site visit is scheduled for December 3, 2025, at 11:00 AM CST.
    Travis AFB - NONDESTRUCTIVE INSPECTION HIGH-ENERGY RADIATION COMPUTED TOMOGRAPHY (CT) SYSTEM MAINTENANCE
    Buyer not available
    The Department of Defense, through the 60th Contracting Squadron at Travis Air Force Base (AFB) in California, is seeking qualified vendors for periodic maintenance and emergency troubleshooting services for the FF85 High-Energy Radiation Computed Tomography (CT) System. The maintenance is critical to prevent dust contamination and ensure the integrity of the system's high-energy X-ray tube heads, with services required every six months and a more extensive inspection annually. Interested businesses, particularly small and disadvantaged firms, are invited to respond to this Sources Sought notice by December 15, 2025, at 1:00 PM Pacific Time, providing necessary business details and capabilities; questions must be submitted by December 9, 2025, to SSgt Alexander Love Gaunt at alexander.lovegaunt@us.af.mil.
    D-21 Alarm System
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, intends to award a contract for the D-21 Alarm System upgrade and training at Travis Air Force Base (AFB) in California. This procurement is aimed at enhancing the alarm, signal, and security detection systems, with Monaco Enterprises identified as the sole source for this upgrade. The successful implementation of this system is crucial for maintaining security and operational readiness at the base. For further inquiries, interested parties can contact Jordan David Burrus at jordan.burrus@us.af.mil or William Rife at william.rife.1@us.af.mil, with phone numbers 707-424-7725 and 707-424-7753, respectively.
    PKB Schedule Anywhere
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure services under the title "PKB Schedule Anywhere" through a justification notice. The procurement is categorized under professional support services, with a focus on requirements outlined in the attached single source justification document. This opportunity is significant for ensuring the operational efficiency and support of activities at Travis Air Force Base in California. Interested vendors can reach out to Ronald W. Aquino at ronaldwendell.aquino@us.af.mil or call 707-424-7752 for further details, or contact Vitaliy Kim at vitaliy.kim.1@us.af.mil or 707-424-7740 for additional inquiries.
    Design Bid Build - Construction of the Advanced Skills Trainee Barracks at Parks Reserve Forces Training Area, CA
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking proposals for the Design-Bid-Build construction of the Advanced Skills Trainee Barracks at the Parks Reserve Forces Training Area in Dublin, California. This project involves constructing a 45,000 square foot facility, with a focus on compliance with safety, environmental, and construction standards, including a mandatory Project Labor Agreement. The barracks are intended to enhance military training capabilities and ensure operational readiness, reflecting the Army's commitment to quality infrastructure. Interested small business contractors must register in the System for Award Management (SAM) and submit proposals by the revised deadline of August 13, 2025, with inquiries directed to Ryan King at ryan.m.king2@usace.army.mil.
    Sitework & Paving IDIQ_Solicitation
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting bids for a Sitework and Paving Indefinite Delivery/Indefinite Quantity (IDIQ) contract at Hanscom Air Force Base and associated locations. This 100% Small Business Set-Aside contract encompasses the repair and replacement of roadways, curbing, sidewalks, and related demolition and earthwork, with a total estimated ceiling of $35 million and individual task orders not exceeding $3 million. The contract will be awarded to the lowest-priced, responsible bidder based on sealed bidding procedures, with bids due by December 8, 2025, at 2:00 PM EST. Interested parties can direct inquiries to Contract Specialists Tacy Boje and Jared Gregory via email for further clarification.
    FACILITIES REMODEL TO SUPPORT XRAY MACHINE INSTALL UPDATED 19 NOVEMBER
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking contractors to remodel treatment rooms at the David Grant Medical Center, Travis Air Force Base, to accommodate new Planmeca and Pano X-ray machines. The project requires comprehensive facility modifications, including architectural, structural, and electrical engineering design, as well as the installation of shielding and various construction tasks, all to be completed within a 90-day performance period following contract signing. This procurement is crucial for enhancing medical imaging capabilities at the facility, ensuring compliance with safety standards and operational efficiency. Proposals are due by 10:00 AM PST on December 15, 2025, with a site visit scheduled for December 2, 2025; interested parties should contact Kenneth Harmon at kenneth.d.harmon.civ@health.mil for further information.
    Demo B6142
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the complete demolition of Building 6142 at Dyess Air Force Base in Texas. The project entails the removal of the entire structure, including concrete slabs and foundations to a depth of three feet below grade, along with all associated interior and exterior components, while adhering to strict safety and environmental regulations. This demolition is critical for site preparation and future development, ensuring compliance with federal, state, and local guidelines, including the management of hazardous materials such as asbestos and lead. Interested contractors must submit their proposals by December 12, 2025, following an optional site visit on December 5, 2025, and can direct inquiries to Marshal Khinno at marshal.khinno@us.af.mil or SrA John G. Craig at john.craig.16@us.af.mil.
    Air Boss and Related Services - TAFB Wings Over Solano 2026
    Buyer not available
    The Department of Defense, through the 60th Contracting Squadron at Travis Air Force Base, is seeking qualified vendors to provide Air Boss and related services for the 2026 Wings Over Solano air show. The procurement is a Firm Fixed Price contract, specifically set aside for small businesses under NAICS code 488111 (Air Traffic Control), with a size standard of $40 million. The selected contractor will be responsible for critical tasks such as developing the airshow schedule, conducting safety briefings, and liaising with FAA and emergency personnel, ensuring the event's success scheduled for April 24-26, 2026. Interested vendors must submit their quotations by December 17, 2025, at 1:00 PM PST, to the designated contacts, Lt Samuel De La Cruz and (S)Sgt Socrates Rosimo, via the provided email addresses.